Defence Soft Facilities Management (UK Estate)

A Addendum Notice
by DEFENCE INFRASTRUCTURE ORGANISATION

Source
Find a Tender
Type
Contract (Services)
Duration
7 year
Value
£5B
Sector
FACILITY
Published
02 Sep 2025
Delivery
17 Mar 2027 to 16 Mar 2034
Deadline
n/a

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

The provision of quality Soft Facilities Management (SFM) services to the Defence community is a key enabler of supporting operational capability and supporting the health, well-being, satisfaction, and motivation of Service personnel. The contracts which currently deliver these services, known as HESTIA, consolidated over 70 Multi-Activity Contracts (MACs) and successfully delivered a core set of standardised SFM services to the UK Defence estate through 7 regional contracts. These contracts are currently due to expire in 2026 and 2027. Defence Soft Facilities Management (UK Estate) Programme will deliver quality and consistent replacement SFM regional contracts which demonstrate value for money and affordability, whilst meeting current and future requirements. The contracts will also seek opportunities to enhance the "Lived Experience" for the Defence community by incorporating/addressing the opportunities for improvement identified throughout the life of the current contracts, brought about by changes in MOD policy, and in consultation with our customers. The Defence Soft Facilities Management (UK Estate) Programme contributes to Defence Infrastructure Organisation's (DIO) commitment to deliver key Defence services by ensuring that Defence continues to Mobilise, Modernise and Transform. The DIO is seeking expressions of interest, via the completion of the Procurement Specific Questionnaire (PSQ), from Potential Providers (PPs) for managing and delivering the Defence Soft Facilities Management services detailed in this tender notice. Further information regarding the scope of the contracts can be found in the Regional Information Booklets (RIBs). The RIBs will also include background information regarding the Defence Soft Facilities Management (UK Estate) Programme, the services required and an overview of the establishments per region. During the life of the contracts there may be growth or reduction in estate driven by changes in defence outputs / requirements. The Authority intends to use win restrictions as part of the evaluation methodology, details of the win restriction principles can be found in the Procurement Specific Questionnaire guidance document. Potential Providers must complete the Conflict-of-Interest declaration that will be made available as part of the PSQ supporting documents and to inform the Authority whether they have identified from this review any actual, potential or perceived conflicts of interest arising from the Potential Provider or any other identified party's participation in the procurement. Please note that any incumbent supplier that has been shortlisted to participate in the ITT will be required sign the Ethical Walls Agreement made available as part of the PSQ supporting documents. Failure to do so may result in the Potential Provider being excluded from further participation in the procurement process. The documents made available to Potential Providers via AWARD are; - 20250830-DEF SFM PSQ Guidance Document-v1.0 - 20250707_Appendix 1_DEF SFM PSQ Guidance_V1 - 20241007_Appendix 2_PSQ_Plan_DEF SFM_PSQ_Technical Questions - 20250808_DEF SFM_Conflict of Interest Declaration Form - 20250813_Ethical Walls Agreement - Regional Information Booklets - 20250813_DEF SFM_PSQ Certificate of Performance - 20250813_DEF SFM_PSQ_Similar Contracts Previous 3 Years - 20250902_Market Engagement Questions and Answers 19 Aug 25 - 20250819-DEF SFM Industry Engagement Aug 25

Lot Division

1 South West
  • Value: £1B

Provision of the following services in the South West region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

2 South East
  • Value: £962M

Provision of the following services in the South East region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

3 East
  • Value: £740M

Provision of the following services in the East region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

4 North
  • Value: £626M

Provision of the following services in the North Region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

5 Wales & West Midlands
  • Value: £536M

Provision of the following services in the Wales & West Midlands region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

6 Scotland & Northern Ireland
  • Value: £425M

Provision of the following services in the Scotland & Northern Ireland region; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

Renewal Options

The extension options will take the form of three one year options (1+1+1). The Authority reserves the right to execute the extension options at its discretion.

Award Criteria

Price The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) Methodology. WtP does not use traditional weightings. Instead, the Authority determines a single variable that reflects its willingness to pay (or not pay) for incremental delivery (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (or COPIS). The COPIS for each Lot will be provided as part of ITT documentation.
Quality The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may be as follows; Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Mess and Accommodation Services; Catering; Future Productivity Innovations in Catering Services; Retail and Leisure Services; Cleaning; Waste; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value. Further information will be provided as part of ITT Documentation.

CPV Codes

  • 50000000 - Repair and maintenance services
  • 55110000 - Hotel accommodation services
  • 55900000 - Retail trade services
  • 79993100 - Facilities management services
  • 90500000 - Refuse and waste related services
  • 90911000 - Accommodation, building and window cleaning services
  • 98311100 - Laundry-management services
  • 98393000 - Tailoring services

Indicators

  • Restrictions apply to the lot award allocation.
  • Options are available.
  • Renewals are available.

Other Information

In order to access these documents and submit a PSQ response Potential Providers will be required to sign a confidentiality agreement. This will be made available to Potential Providers as part of the AWARD portal registration process. The link to which is below. https://award.commercedecisions.com/dsp/web/project/f2ef6551-e502-4046-a482-decd... ** PREVIEW NOTICE, please check Find a Tender for full details. ** Change to deadline for requests to participate.

Reference

Domains